Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
ID: 36C26325B0005Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the MV Loop 1 Repair project at the Sioux Falls VA Healthcare System in South Dakota, specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost ranging from $100,000 to $250,000. This project is crucial for maintaining the operational integrity of the healthcare facility, ensuring that electrical systems are reliable and compliant with safety standards. Interested contractors must submit their offers by March 3, 2025, and are encouraged to attend a site visit scheduled for February 13, 2025. For further inquiries, potential bidders can contact Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.

    Point(s) of Contact
    Michael W. FreemanContracting Officer
    (402) 996-3538
    Michael.Freeman3@va.gov
    Files
    Title
    Posted
    The government solicitation 36C26325B0005 pertains to a construction project titled "MV Loop 1 Repair" at the Sioux Falls VA Healthcare System in South Dakota. Issued by the Department of Veterans Affairs, this project requires the contractor to provide all necessary tools, materials, and labor to rectify deficiencies within the facility. It is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, as mandated by federal regulations supporting veteran businesses in government contracting. The project has an estimated cost between $100,000 and $250,000, and interested contractors must submit their offers by March 3, 2025. A site visit is scheduled for February 13, 2025, allowing potential bidders to evaluate conditions firsthand. Offerors are instructed to provide various bid documents, including a bid guarantee and compliance forms, by specific deadlines. The government emphasizes the evaluation of bids based on both price and compliance with various regulations, including requirements for affirmative action, sustainability, and wage rates. Final contract award depends on contractor responsibility determinations. This solicitation reflects the government’s commitment to engaging veteran businesses while ensuring adherence to regulatory and performance standards in federal acquisitions.
    The document outlines a detailed utility plan for the installation and management of electrical systems within a specific facility, guided by the requirements of the VA263-16-F-0315 project under the Office of Construction and Facilities Management. It includes a comprehensive schedule for transformers and generators, detailing specifications such as voltage, load types, and capacities. Key features include the relocation of existing electrical infrastructure, the installation of various duct banks, and the management of abandoned cable lines, ensuring compliance with safety and operational standards. The facility upgrade emphasizes efficient energy management and proper installation of additional power sources to serve multiple buildings. The emphasis on engineering assessments and project management underscores the project's aim to enhance overall electrical reliability and safety, fulfilling government standards and addressing future power demands.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is essential for assessing a contractor's safety performance prior to award under a government solicitation. Contractors are required to provide comprehensive information, including their company name, contact details, man-hour statistics, and OSHA 300 Forms detailing work-related injuries from the past three years. Key metrics for evaluation include the number of man hours, cases involving days away from work or restrictions, the DART Rate, and any serious OSHA violations. Additionally, contractors must submit documentation related to their safety and health program management and their Experience Modification Rate (EMR). The form emphasizes the importance of a thorough safety record to ensure compliance with federal safety standards and to foster safe work environments on government projects. This evaluation process aligns with government initiatives to prioritize safety and health in contractor selection for federal grants and RFPs.
    The document is a federal government file concerning Requests for Proposals (RFPs), grants, and local RFPs. It outlines key procedures and guidelines for stakeholders participating in the procurement process. The file emphasizes the significance of transparency, compliance with federal regulations, and the importance of timely submissions. Central ideas include the structuring of documents, requirements for proposal submissions, evaluation criteria, and funding mechanisms. The purpose is to streamline the funding process by providing clear instructions and expectations to ensure accountability and proper use of government resources. It highlights the roles of various entities involved in the application and evaluation processes, underscoring the necessity of adhering to established guidelines. Overall, this document serves as an essential reference for organizations seeking federal grants and bids, aiming to facilitate adherence to compliance standards and maximize efficiency in the awarding of contracts and funding. Its structured layout, focusing on clarity and accessibility, reflects the government's commitment to fostering effective partnerships with applicants while maintaining rigorous oversight.
    The document outlines the general requirements for a construction project at the San Francisco VA Health Care System (SFVAHCS). It emphasizes that the contractor is responsible for preparing the site and executing all necessary construction activities, including demolition and utilities work, while adhering to VA security protocols. Key items include the need for a comprehensive security plan, compliance with personnel access regulations, and the prohibition of photography without consent. The contractor must coordinate construction activities to minimize disruption to medical operations, maintain utility services, and manage traffic around the site. Additionally, alterations to existing structures must follow strict procedures, including pre- and post-survey inspections. The document specifies how materials from demolitions should be disposed of and the need to protect existing vegetation and utility systems. It also highlights the contractor's obligation to ensure safety and restore any damaged areas at their expense. Temporary facilities must be provided as needed, and utilities such as water and electricity should be secured according to guidelines. Overall, the file serves as a detailed guide for compliance with procedural, safety, and operational protocols during the project's execution.
    This document outlines specifications for the furnishing, installation, and connection of medium-voltage cables, along with splices and terminations, as part of electrical installation projects. It references related work sections, specifies quality assurance protocols, and mandates factory tests to ensure cable integrity. Key requirements include various submittals, such as shop drawings, factory test reports, and certification of compliance from manufacturers and contractors. The document details applicable standards and publications related to cable construction, insulation requirements, and installation processes, ensuring compliance with safety protocols. Specific attention is given to the installation practices that must be followed to prevent moisture and physical damage during and after splicing operations. The use of fireproofing tape for cable protection is also specified. Ultimately, the document emphasizes the importance of proper installation, testing, and certification to achieve satisfactory performance of medium-voltage cables before service initiation, reinforcing the commitment to safety and regulatory compliance in government contract work.
    This government document pertains to the wage determinations for building construction projects in Minnehaha County, South Dakota, as dictated by the Davis-Bacon Act. Effective January 3, 2025, it outlines the prevailing wage rates for various construction roles, including bricklayers, carpenters, electricians, and other trades, with specific hourly rates and fringe benefits. The document specifies minimum wage requirements based on Executive Orders 14026 and 13658, which mandate rates of at least $17.75 and $13.30, respectively, for applicable contracts, emphasizing workers' rights for paid sick leave as per Executive Order 13706. The structure contains detailed wage rates for both union and non-union classifications, indicating modifications, and provides a protocol for appealing wage determination decisions. These determinations play a crucial role in ensuring fair compensation for construction workers in federally funded projects, reflecting compliance with labor laws and worker protections. The content is essential for contractors, local agencies, and federal entities involved in construction contracts, ensuring adherence to established wage standards and rights.
    The document appears to be a corrupted or unreadable file; it lacks coherent language and recognizable content related to government RFPs, federal grants, and state/local RFPs. Consequently, it is not possible to extract any main topics, key ideas, or supporting details since the text consists primarily of garbled text and formatting characters. Without any clear information or structure, no comprehensive summary can be generated regarding the intended purpose or context associated with government funding or requests for proposals. Further analysis and access to a properly formatted document are required to fulfill the request effectively.
    The document appears to be a technical specification or an analysis related to government Request for Proposals (RFPs) and federal grant applications. It discusses various components of a funding process, including the identification of eligible organizations, submission guidelines, evaluation criteria, and funding priorities. The main focus is on ensuring compliance with federal and state regulations, as well as addressing community needs through effective project implementation. Key points outline requirements for applicants, such as demonstrating project viability, fiscal responsibility, and alignment with federal objectives. It emphasizes the necessity for thorough documentation, including budgets and performance metrics, which will be utilized in the assessment of proposals. The document also underlines the importance of collaboration between local entities and federal agencies to address societal challenges comprehensively. Overall, this document serves as a guideline for entities wishing to apply for federal grants or respond to RFPs, aiming to clarify expectations and streamline the application process while fostering accountability and impact in funded projects.
    Similar Opportunities
    Y1NB--PN: 438-22-900, Replace Boiler Plant (SF) 36C26324R0136
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Boiler Plant at the Sioux Falls VA Medical Center, identified by project number 438-22-900. This project involves the demolition of the existing boiler plant and the construction of a new facility, which will include modernized utilities and infrastructure to enhance operational efficiency and safety for veteran services. The initiative underscores the VA's commitment to improving healthcare facilities, ensuring compliance with federal safety standards, and providing a fully sprinklered environment. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their proposals by February 20, 2025, and can direct inquiries to Contract Specialist Derek Fore at derek.fore@va.gov or 651-293-3032.
    Y1DA--656-19-307 Remodel of Building 51-1, Eastside at the Saint Cloud VA, Saint Cloud, MN
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the remodel of Building 51-1 at the Saint Cloud VA Health Care System in Minnesota, under solicitation number 36C26325B0007. This federal contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves demolishing and remodeling the specified building, as well as converting another building into a temporary medical unit, with an estimated construction cost between $2 million and $5 million. The project is critical for enhancing healthcare facilities for veterans, ensuring they receive the necessary medical services in a modernized environment. Interested bidders must be registered and certified in the Veteran Small Business Certification and are encouraged to direct all inquiries to the Contracting Officer, Traci Johannes, at traci.johannes@va.gov or 320-654-7635, with an Invitation for Bid expected to be issued around February 20, 2025.
    Z1DA--Project No. 539-22-203 - Electric Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Project No. 539-22-203, which addresses electrical deficiencies at the Cincinnati VA Medical Center. The project involves comprehensive electrical upgrades, including the demolition of existing equipment and installation of new electrical panels, with a focus on enhancing system reliability and safety across multiple floors. This initiative is crucial for modernizing the facility's infrastructure to support ongoing healthcare services for veterans. The estimated contract value ranges from $500,000 to $1,000,000, and the procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their bids by the specified deadlines, with a pre-bid site visit scheduled for February 6, 2025. For further inquiries, contact Luke Turner at luke.turner@va.gov.
    C1DZ--PN: 568A4-24-210, AE Renovate TR House {HS/PR} Full Brooks Act {One Step}
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms for the renovation of transitional residence houses at the Hot Springs/Pine Ridge Health Care System in South Dakota. The project, identified as PN: 568A4-24-210, aims to address significant renovation needs for aging facilities, including updates to the Hot Springs TR House, built in 1920, and the Pine Ridge TR House, which has not been renovated since 2003. This initiative is crucial for maintaining and improving living conditions for veterans, with an estimated construction cost ranging from $1 million to $2 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications by March 3, 2025, and can contact Contracting Specialist Michael B. Warrick at michael.warrick@va.gov or (402) 996-3534 for further details.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair of Building 9 at the Dallas VA Medical Center, with a project budget estimated between $25,000 and $100,000. This project requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for the roof repairs, including the installation of a new steel structure for staff shelter, with a completion timeframe of 90 calendar days from the Notice to Proceed. The procurement emphasizes sustainable practices, requiring compliance with federal guidelines for sustainable products and services, and includes a mandatory site visit on January 27, 2025, with quotes due electronically by February 20, 2025. Interested contractors should contact Contract Specialist Eileen F. Myers at Eileen.Myers@va.gov for further details.
    Z1DA--Repair Parking Garage Deficiencies 553-21-105
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Repair Parking Garage Deficiencies project (Project Number 553-21-105) at the John D. Dingell VA Medical Center in Detroit, Michigan. This project involves comprehensive repairs to structural elements of the parking garages, including addressing column-girder connections and topping slabs, with a contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and an estimated construction cost between $2 million and $5 million. The initiative underscores the VA's commitment to enhancing infrastructure for veterans while ensuring minimal disruption to ongoing operations at the medical center. Interested contractors must submit their proposals by February 11, 2025, at 11:00 AM EST, and are encouraged to contact Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov for further information.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    Z1DA--656-24-501 Install Remote Generator Annunciators
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the installation of remote generator annunciators at the St. Cloud VA Health Care System in Minnesota, under contract number 656-24-501. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring bidders to be registered and certified in the VetCert database. The contractor will be responsible for all aspects of the installation, including procuring materials and ensuring compliance with manufacturer specifications, with an estimated construction cost between $100,000 and $250,000 and a completion timeline of 100 calendar days from the Notice to Proceed. The RFP is anticipated to be released on or about February 20, 2025, and interested parties should direct inquiries to Contract Specialist Kaleb Gleason at kaleb.gleason@va.gov or by phone at 515-001-3232 ext. 23232.
    J059--657-25-104, Conduct 3-Year Electrical Test, Maintenance and Repairs Report
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a contract to conduct a three-year electrical test, maintenance, and repairs report at the St. Louis VA Health Care System's John Cochran and Jefferson Barracks Divisions. This project, designated as Project 657-25-104, aims to ensure the safety and reliability of the electrical systems, which include over 700 panels and various transformers and switchgear, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement process will utilize the Lowest Price Technically Acceptable (LPTA) method, with proposals due by February 6, 2025, at 2:00 PM CST, following a mandatory site visit on January 7, 2025. Interested bidders can contact Contract Specialist Lucia A. Cowsert at lucia.cowsert@va.gov for further details.
    Y1DA-- Improve Patient Privacy 4B Project# 652-14-106
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Improve Patient Privacy 4B" project at the Richmond VA Medical Center, designated as Project Number 652-14-106. This procurement involves extensive renovations to enhance patient privacy, including the construction of 21 patient rooms and supporting spaces, with a contract value estimated between $5 million and $10 million. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of veteran-owned enterprises in federal contracting. Interested bidders must submit their proposals electronically by February 25, 2025, with a pre-bid conference scheduled for January 13, 2025, and all inquiries directed to Contract Specialist Denise Morman at Denise.Morman@va.gov.